Electromechanical testing equipment

Solicitation number 23-58033

Publication date

Closing date and time 2023/07/06 14:00 EDT

Last amendment date


    Description

    1. Advance Contract Award Notice (ACAN)

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    2. Definition of the requirement
    2.1 The Automotive Surface and Transportation Research Centre, a Department at the National Research Council of Canada (NRC), has a requirement for an electromechanical testing device.
    The device must meet the following generic and mandatory requirements:

    2.2 Generic Technical Requirements:

    1. At a minimum, the Electromechanical device must operate at 100kN;
    2. The devices power supply must operate at 208 V and AC 60Hz respectively;
    3. The minimum acceptable dimensions are 600 mm between columns and 1220 mm in height;
    4. The device must have four (4) outputs and four (4) digital inputs;
    5. The device must include one (1) 100kN load cell for quasi-static testing (tension and compression) including a mounting kit;
    6. The mechanical jaws must retain compatibility for a variety of testing samples, with a maximum allowable capacity of 100kN _.
    7. The device must process flat samples (between 0 and 16 mm) and round samples ("V" between 5 and 19 mm)
    8. The device must include a compatible computer with 16GB of RAM, 2 X 500GB hard drives and one (1) 23" minimum screen.
    9. The device must include software required to operate the device for Quasi-static testing.
    10. The software must be the latest version of the supplier's static application software.
    11. The software must be versatile, easy to configure and adaptable to suit generic laboratory tests and international standards testing.
    12. The device must allow for automated sample insertion, programable scientific methods and automated sub-routines. When inserted, these sub-routines become an integral part of the test definition, the test must be automated, repeatable, and performed at the same pace as the scientific method itself, without any external intervention.
    13. The device must calculate a variety test as determined by the test procedure; the results of the test must be displayed at the end of each test.
    14. The device must allow for recalculation after the test has been completed.
    15. The device must include built-in reporting functions at the end of the test;
    16. The device must have real-time display of test variables. The device must include a compatible interface so that these variables are graphically displayed while the test is running.

    2.3 Compatibility Requirements:

    The device must be compatible with the following devices that are currently in use at the NRC;
    MTS Extensometer 634.12F-24;
    MTS Extensometer 632.23F-30;
    MTS Extensometer 634.11F-24;
    MTS Extensometer 634.25F-24;
    MTS Extensometer 634.25F-54

    2.4 High Performance Requirements:

    1. Test speeds for the Device must operate between 0.005 mm/min (or less) and 750 mm/min (or more) with Accuracy of ±0.00005 mm on position;

    2. The software must have at least the following functions:
    2.1.1 Creation, modification and saving of monotonic test models (e.g. tension, compression, bending, etc.);
    2.1.2 Control tests in force, displacement or deformation, according to linear, stable or random commands;
    3. Must have criteria for stopping a test according to the percentage decrease in force or according to a given decrease in force (e.g., 60N decrease after reaching maximum force);
    4. The Data acquisition must have up to a frequency of 5000 Hz;
    5. Must have limit detection and sequencing triggers functionalities;
    6. Must have results calculation and statistics functionalities;
    7. Must have automated report creation including graphs and data functionalities;
    8. Must export Data in ASCII format;
    9. Must have a real-time graphical display for testing variables;
    10. Must create and/or modify advanced reports (in addition to predefined report templates);
    11. The device must have built-in self calibration functionalities;

    2.5 Professional Services

    1. Onsite Installation and calibration of the device;
    2. The Contractor must provide a one (1) day onsite training for (2) two end users of the device immediately after Installation;
    The training must include System operation, maintenance, Software programming and data transferring capabilities

    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements): Any interested supplier must demonstrate in their statement of capabilities that their device is able to meet all of NRC’s Generic Technical Requirements, all of NRC’s Compatibility Requirements, all of NRC’s High-Performance Requirements and all of NRC’s Professional services.

    7. Justification for the Pre-Identified Supplier: The supplier was chosen for this requirement for technical reasons. The proposed supplier is the only known source of supply that’s able meet all of NRC’s Generic Technical Requirements, all of NRC’s Compatibility Requirements, all of NRC’s High-Performance Requirements and all of NRC’s Professional services
    This requirement is an additional delivery from the manufacture of NRC existing equipment MTS testing. The following reasons for limited tendering are contained in the trade agreements.

    12. Cost estimate of the proposed contract
    The estimated value of the contract, including option(s), is $ 150,739.00 x (GST/HST extra).

    13. Name and address of the pre-identified supplier
    MTS Testing Systems (Canada) Ltd.
    PO Box 56142
    Station A
    Toronto, ON M5W 4L1

    14. Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    16. Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:

    R-Michel Simard
    Agent d’approvisionnement principal | Senior Procurement Officer
    Site Saguenay | Saguenay Site

    Contract duration

    The estimated contract period will be 7 month(s), with a proposed start date of 2023/07/07.

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Additional Deliveries

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    NRC, Saguenay site, Aluminum Technology Centre, ATS
    Address

    501, University Blvd East

    Saguenay, Chicoutimi District, Quebec, G7H 8C3
    Canada
    Contracting authority
    R-Michel Simard
    Phone
    (418) 550-4888
    Email
    R-Michel.Simard@cnrc-nrc.gc.ca
    Address

    501, University Blvd East

    Saguenay, Chicoutimi District, Quebec, G7H 8C3
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    ,
    Saguenay
    Region of opportunity
    North America
    Contract duration
    7 month(s)
    Procurement method
    Non-Competitive
    Selection criteria
    Not applicable

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: